Federal Bid

Last Updated on 05 Jan 2020 at 4 AM
Solicitation
Location Unknown

Packing, Containerization and Local Drayage of Direct Procurement Method (DPM)

Solicitation ID FA480119QA007
Posted Date 19 Nov 2019 at 10 PM
Archive Date 04 Jan 2020 at 5 AM
NAICS Category
Product Service Code
Set Aside No Set-Aside Used
Contracting Office Fa4801 49 Cons Lgcp
Agency Department Of Defense
Location United states

***SOLICITATION NOTICE***

THE NEW AIR FORCE CONTRACT WRITING SYSTEM (CON-IT) AUTOMATICALLY UPDATED THE PIID FROM FA480119QA007 TO  

FA480120Q0003 BASED UPON THE NEW FISCAL YEAR (FY20)

**FA480120Q0003 IS THE CURRENT PIID AND WILL BE REFERENCED ON FUTURE DOCUMENTS**

**FA480119QA007 IS RELATED TO CON-IT SOL # FA480120Q0003**

 


This Solicitation notice is an announcement of a requirement for Packing, Containerization and Local Drayage of Direct Procurement Method (DPM) Personal Property Shipment at Holloman AFB NM 88330-8277.

DESCRIPTION OF WORK: The contractor will furnish personnel, equipment, facilities, supplies, services, and materials, for the preparation of the personal property (including servicing of appliances) of Department of Defense (DoD) personnel for shipment, drayage and/or storage and related services through the DPM. Work to be performed includes premove surveys, weighing, time requirements, preparation, packing, loading and containerization, tagging, preparing inventory and packing list, appliance servicing and unservicing, containers and vehicles, marking exterior shipping containers, storage, facilities, cargo insurance, DPM delivery, unloading, and unpacking. The contractor shall furnish all materials except Government-owned containers (Federal Specification PPP-B-580), all equipment, plant and labor; and perform all work in accomplishing containerization of personal property for overseas or domestic movement or storage, including stenciling, cooperage, drayage of personal property in connection with other services, decontainerization of inbound shipments of personal property; and the handling of shipments into and out of the Contractor's facility. If specific instructions or requirements are not provided, commercial standards of services and best business practices are acceptable. Excluded from the scope of this requirement is the furnishing of like services or materials which are provided incident to complete movement of personal property when purchased by the Through Government Bill of Lading or other method/mode of shipment or property to be moved under the Do-It-Yourself moving program or otherwise moved by the owner. Service areas are within the below defined areas of performance. The Government will consider all areas of performance described in the Schedule and/or individual items as including the contractor's facility, regardless of geographical location.

Area of Responsibility (AOR)
Area 1 - Zone 23: OTERO
Area 2 - Zone 24: LINCOLN
Area 3 - Zone 25: CHAVES
Area 4 - Zone 26: EDDY
Area 5 - Zone 27: LEA

The Contractor shall adhere to all applicable standards including, but not limited to, the latest edition of Defense Transportation Regulation (DTR) 4500.9-R-Part II Cargo movement, and DTR 4500.9-R-Part IV, Personal Property. Other applicable regulations may apply. Some or all of these documents may be reviewed or found on line and typing in AFI, OSHA, ASME etc., and selecting the correct document(s).

PERIOD OF PERFORMANCE (POP): The POP is for a base year of 1 January 2020 to 30 December 2020, and four one-year options.

IMPORTANT NOTICES: This acquisition will be Full and Open Competition. A company will be considered with North American Classification System (NAICS) code 484210. All offerors must be registered in the System for Acquisition Management (SAM) which is a Government owned and operated FREE web site that consolidates the capabilities in Central Contractor Registration (CCR), the Online Representations and Certifications Application (ORCA) and the Excluded Parties Listing System (EPLS) at the website: https://www.sam.gov/SAM. You are required to create a user account to register and/or update your entity records (i.e., Commercial and Government Entity (CAGE) Code, DUNs number, etc.) in SAM which were previously located in separate CCR and ORCA websites. This information is necessary in order to receive award consideration. All questions concerning this notice should be submitted electronically via email to the Points of Contact as indicated in this announcement. All information pertaining to this announcement, including technical (or other) questions and answers will be provided to/through the Contracting Officer ONLY to ensure equal distribution of information to interested parties via Federal Business Opportunities (FebBizOpps) at https://www.fbo.gov.

OTHER DETAILS: The solicitation and other attachments will be posted on or about 3 September 2019 and MUST be downloaded from FedBizOpps website: https://www.fbo.gov. DO NOT REQUEST VIA MAIL as no paper copies will be issued. It is important to check this site frequently for any updates/amendments. When the solicitation and all associated documents have been downloaded, it is important to read the solicitation in its entirety because there are dates, terms and conditions that must be met by the prospective offeror in order for the proposal to be considered responsive.

Bid Protests Not Available